Post on 16-Apr-2020
Kabarak University Moral Code
As members of Kabarak University family, we purpose at all times and in all place to set apart in one’s heart, Jesus as
Lord. (1 Peter 3:15)
Kabarak University is ISO 9001:2015 Certified
KABARAK UNIVERSITY
PREQUALIFICATION OF SUPPLIERS FOR GOODS AND
SERVICES AND PROVISION OF SMALL
WORKS FOR FINANCIAL YEAR 2018-2020
TENDER NO: …………………………………
TENDER NAME/CATEGORY: ……………………………………...
[Type text] Page 2
Table of Contents Page
SECTION I - Invitation for prequalification ……………... 3
SECTION II - Instructions to Candidates…………………... 4
Appendix to Instructions to Candidates…..… 9
SECTION III - Letter of application……………………………. 11
SECTION IV - Standard Forms…………………………………. 12
[Type text] Page 3
SECTION I - INVITATION FOR PREQUALIFICATION (IFQ)
Tender No.: ---------------------------------------------------------------
Tender Name: --------------------------------------------------------------
1. KABARAKUNIVERSITY hereinafter referred as “Procuring entity” intends to prequalify
candidates for (particulars of the procurement).
2. Prequalification is open to all firms eligible as per the Kenyan procurement law.
3. Eligible candidates may obtain the prequalification document from and inspect the
documents at the office of the Procurement Officer at KABARAK UNIVERSITY
Procurement department Main Campus. A complete set of Prequalification documents
may be obtained by interested candidates upon payment of a non-refundable fee of KES:
2,500.00 (Kenya shillings Two thousand five hundred only) to be deposited to Kabarak
University, Transnational Bank Nakuru Branch, Acc No 0040503005. Documents can
also be downloaded by visiting our website at www.kabarak.ac.ke.
Applications for prequalification must be submitted enclosed in plain sealed envelopes
marked with the tender name and reference number and deposited in the tender box located
at the KABARAK UNIVERSITY procurement department on or before 11:00
a.m. on Thursday 29th March 2018.
4. Tenders will be opened immediately thereafter and bidders’ representatives are invited to
attend at Kabarak University Library board room.
5. All candidates whose applications will have been received before the closing date and
time will be advised in due course, of the results of their applications. Only candidates
prequalified under this prequalification process will be invited to tender/quote.
The opening of bids will take place immediately thereafter at the Library Boardroom, Kabarak
Main Campus in the presence of bidders/their representatives who choose to attend.
Bidders must sequentially serialize all pages of the bid documents failure to which shall lead to
disqualification.
Kabarak University reserves the right to accept or reject any tender, and to annul the tendering
process and reject all tenders at any time prior to contract award, without thereby incurring
liability to the affected tenderer or tenderers.
Rodah Chemoiwo
PROCUREMENT OFFICER
FOR: VICE CHANCELLOR
[Type text] Page 4
SECTION II - INSTRUCTIONS TO CANDIDATES
2.1 Scope of Tender
KABARAK UNIVERSITY invites applications from interested, eligible, capable
individuals and firms for prequalification/Registration as suppliers and service providers
for the year 2018-2020 in the following categories;
A: SUPPLY OF GOODS
CATEGORY CODE DESCRIPTION
KABU/01/18-20 Supply and delivery of general office stationery.
KABU/02/18-20 Supply and delivery of toners and cartridges.
KABU/03/18-20 Supply and delivery of computers, printers, projectors &
accessories.
KABU/04/18-20 Supply and delivery of hardware materials.
KABU/05/18-20 Supply and delivery of office furniture, furnishings and fittings.
KABU/06/18-20 Supply and delivery of student furniture.
KABU/07/18-20 Supply and delivery of Teaching laboratory equipment, chemicals,
glassware and reagents.
KABU/08/18-20 Supply and delivery of Hospital skills laboratory equipment,
medical laboratory equipment and chemical, pharmaceutical
equipment & chemical
KABU/09/18-20 Supply and delivery of pharmaceuticals (medicine).
KABU/10/18-20 Supply and delivery of electrical fittings and materials.
KABU/11/18-20 Supply and delivery of sports ware and equipment.
KABU/12/18-20 Supply and delivery of dry goods (Food stuffs).
KABU/13/18-20 Supply and delivery of vegetables, fruits, and cereals.
KABU/14/18-20 Supply and delivery of poultry & poultry products.
KABU/15/18-20 Supply and delivery of meats(Beef, mutton & Fish)
KABU/16/18-20 Supply and delivery of Sausages and smokies.
KABU/17/18-20 Supply and delivery of fertilizer& Farm chemicals.
KABU/18/18-20 Supply and delivery of farm implements.
KABU/19/18-20 Supply and delivery of seeds & seedlings.
KABU/20/18-20 Supply and delivery of firewood and charcoal.
KABU/21/18-20 Supply and delivery of cleaning materials & laundry detergents.
KABU/22/18-20 Supply and fitting of motor vehicles Tires, tubes, batteries and other
accessories
KABU/23/18-20 Supply and maintenance of firefighting equipment.
KABU/24/18-20 Supply and delivery of Library Books, Journals, magazines and
other E-publications.
KABU/25/18-20 Supply and delivery of bottled Mineral water, sodas and juices.
KABU/26/18-20 Supply and delivery of Kitchen equipment, cutlery & crockery
KABU/27/18-20 Supply and delivery of milk and milk products.
KABU/28/18-20 Supply and delivery of bakery products.
[Type text] Page 5
KABU/29/18-20 Supply and delivery of LPG gas.
KABU/30/18-20 Supply and delivery of Uniform and Linen.
KABU/31/18-20 Supply and delivery of Western and African Musical Instruments
B: PROVISION OF SERVICES AND MINOR WORKS.
KABU/32/18-20 Provision of courier and mailing services(Firms Registered by CCK)
KABU/33/18-20 Provision of motor vehicles repairs,Carwash, servicing and maintenance
services
KABU/34/18-20 Provision of general printing services : exam booklets, staff and student
ID cards, business cards e.t.c.
KABU/35/18-20 Supply and Provision of design, artwork, advertising and branded
promotional materials( student handbooks, staff handbooks, T-Shirts,
Caps, Pens, certificate folders, brochures, fliers, calendars, Diaries,
banners, Roll-up banners, mugs, key holders, umbrellas, Wall clocks,
signage
KABU/36/18-20 Provision of photographic and video services.
KABU/37/18-20 Provision of refueling for all University vehicles.
KABU/38/18-20 Provision of Contracted Services for kitchen equipment repairs,
electrical repairs, maintenance of Generators, cooling and refrigeration
systems
KABU/39/18-20 Repair and maintenance of Computers, Laptops, Printers, LCD
Projectors, Scanners, Ups, Servers and other related ICT equipment and
hardware
KABU/40/18-20 Minor Maintenance works, plumbing, electrical works, partitioning and
painting of buildings, offices and structures (Firms registered by NCA).
KABU/41/18-20 Provision of fumigation and pest control services.
KABU/42/18-20 Provision of office cleaning services, ground maintenance
KABU/43/18-20 provision of sanitary services
KABU/44/18-20 Provision of garbage collection and disposal
KABU/45/18-20 Provision of harvesting services for Maize, wheat, pasture e.t.c
KABU /46/18-20 Repair ,maintenance and service of musical instruments
KABU/47/18-20 Provision of tents, chairs, portable washroom facilities during University
events.
KABU/48/18-20 Provision of air ticketing services.
C: DISPOSAL
KABU/49/18-20 Disposal of Assets (RAV4 KAX 186V, Planter wheat, Plough 4plades,
Harrow 24blades, Boom sprayer (600ltrs) and Silage Chopper
Documents may be obtained from the Procurement office or downloaded at Kabarak Website
www.kabarak.ac.ke upon payment of a non-refundable fee of Kshs. 2,500 per prequalification
document payable to Kabarak University, Transnational Bank Nakuru Branch, Acc. No.
0040503005.
[Type text] Page 6
Duly Completed documents in plain sealed envelopes, clearly marked with category number and
bearing no indication of the applicant should be addressed to:
THE VICE-CHANCELLOR
KABARAK UNIVERSITY
PRIVATE BAG-20157
KABARAK
To be deposited in the Tender Box at the Procurement Department at Kabarak University Main
Campus and not any other place so as to be received on or before 11:00 am Thursday 29th
March 2018.
NB:
Those wishing to be prequalified in more than one category will be required to download and pay
for additional pre-qualification documents for each category.
Viewing of items to be disposed will be on Tuesday 20th March 2018.
Applications will be opened immediately on the same day of closing at the KABARAK
UNIVERSITY Library Boardroom in the presence of applicants and /or their representatives
who choose to attend.
Procurement officer
For: Vice Chancellor Kabarak University
[Type text] Page 7
2.2 Submission of Application
2.2.1 Applications for prequalification shall be submitted in sealed envelopes marked with the
tender name and reference number and deposited in the tender box as per the
advertisement/invitation to tender
2.2.2 All the information requested for pre-qualification shall be provided in the English
language. Where information is provided in any other language, it shall be accompanied
by a translation of its pertinent parts into English language. The translation will govern
and will be used for interpreting the information.
2.2.3 Failure to provide information that is essential for effective evaluation of the applicant’s
qualifications or to provide timely clarification or sub substantiation of the information
supplied may result in the applicant’s disqualification.
2.3 Eligible Candidates
2.3.1 This invitation for pre-qualification is open to all candidates who are eligible as defined
in Kenya’s Public Procurement Law and regulations and as indicated in the appendix to
instructions to candidates.
2.3.2 The procuring entity’s employees, committee members, board members and their
relative (spouse and children) are not eligible to participate in the tender unless where
specially allowed under section 131 of the Act.
2.3.3 All terms found capable of performing the contract satisfactorily in accordance to the set
prequalification criteria shall be prequalified.
2.4 Qualification Criteria
2.4.1 Pre-qualification will be based on meeting the minimum requirements to pass in the
criteria set as shown below. The declaration will be either pass or fail regarding the
applicant’s general and particular experience, personnel and equipment capabilities and
financial position as demonstrated by the applicant’s response in the forms provided in
Section IV and submitted with the letter of application. The procuring entity reserves
the right to waive minor deviations if they do not materially affect the capability of an
applicant to perform the contract.
2.4.2 When highly specialized inputs (especially for execution of the contract) are required
by the applicant from specialist sub suppliers, such sub suppliers and their inputs
shall be described in the Standard Form 1 (General Information)
2.4.3 General Experience. The applicant shall meet the minimum criteria specified in the IFQ
(a) Average annual turnover as main supplier over the last years
(b) Successful experience as prime supplier in execution of at least three projects
(within the last 3 years).
[Type text] Page 8
2.4.4 Personnel capabilities. The applicant must have suitably qualified personnel.
2.4.5 Equipment capabilities. The applicant should own, or have assured access (through hire,
lease, purchase agreement, availability of manufacturing equipment, or other means) the
key items of equipment in full good working order, and must demonstrate that, based on
known commitments they will be available for use in the proposed contract. The
applicant may also list alternative equipment that it would propose for the contract
together with an explanation of the proposal
2.4.6 Financial position. The applicant shall demonstrate that it has access to, or has available,
liquid assets, unencumbered real assets, lines of credit and other financial means
sufficient to meet the cash flow for a period of the contract, net of the applicants’
commitments for other contracts.
2.4.7 The audited Accounts for the last 3 years shall be submitted and must demonstrate the
soundness of the applicant’s financial position, showing long-term profitability. Where
necessary the procuring entity will make inquiries with the applicant’s bankers.
2.4.8 Litigation history the applicant should provide accurate information on any litigation or
arbitration resulting from contracts completed or under its execution over the last five
years. A consistent history of awards against the applicant or any partner of a joint
venture may result in failure of the application.
2.5.0 Conflict of Interest
2.6.1 The applicant (including all members of a joint venture) shall not be associated, nor have
been associated in the past, with the consultant or any other entity that has prepared the
design, specifications, and other prequalification and bidding documents for the project,
or with an entity that was proposed as engineer for the contract. Any such association
must be disclosed and may result in the dis-qualification of the applicant.
2.7 Updating Pre-qualification Information 2.7.1 P r e -qualified candidates shall be required to update the financial information used
for pre-qualification at the time of submitting their bids and to confirm their
continued compliance with the qualification criteria. A bid shall be rejected if the
applicant’s qualification thresholds are no longer met at the time of bidding.
APPENDIX TO INSTRUCTIONS TO CANDIDATES
The following instructions for the pre-qualification of candidates shall supplement, complement
or amend the provisions of the instructions to candidates.
Where there is a conflict between the provisions of the instructions to candidates and the
provisions of the appendix, the provisions of the appendix herein shall prevail over those of the
instructions to the candidates.
[Type text] Page 9
CLAUSE 2.1 Clause 2.1.5 is hereby inserted to read “The contract will be a unit price
contract where bidders will be invited to quote for items as and when the procuring entity deem necessary”
2.3 Clause 2.3.4 is hereby inserted to read “A complete set of tender documents may be obtained by interested applicants upon payment of a non-refundable fee of Kshs. 2,500.00 per category in banker’s cheque payable O R c a s h d e p o s i t to KABARAK UNIVERSITY bank account as shown in the invitation to tender. Documents can also be downloaded by visiting KABARAK UNIVERSITY website at www.kabarak.ac.ke
2.4 The criteria for evaluation shall be in addition to the provisions of the
document consider as indicated below.
PRE-QUALIFICATION EVALUATION CRITERIA All information provided by the applicant may be subjected to confirmation by the procuring
entity. Provision of false information shall lead to disqualification.
Preliminary/Mandatory Requirements The applicant shall submit the following mandatory documents and/or information:-
a) Prequalification submission
b) A copy of certificate of incorporation/registration
c) Valid Tax Compliance Certificate
d) Valid PIN Certificate
e) Duly completed Confidential Business Questionnaire
f) Attach a valid single business permit for 2018 from the respective county government).
KABARAK UNIVERSITY may visit the premises to ascertain physical address.
g) A signed statement that the firm or any of its Directors or Officers have not been convicted
of any criminal offence relating to professional conduct or the making of false
statements or misrepresentations as to its qualifications to enter into a procurement
contract within a period of three years preceding the Commencement of procurement
proceedings.
h) A certificate of registration with National Treasury or respective county government youth,
women and PWD Groups. This group will not be required to provide three years Financial
Statement where applicable.
i) A valid National construction Authority (NCA 8) for those interested in Tender No.
KABU/40/18-20 General building Contractors attach at least owned vehicles logbooks,
lease agreements for construction equipment’s/machines e.g. dozer, grader, tipper lorry),
attach A comprehensive C.V Of the company technical persons e.g. the site manager, project
manager, Directors and audited accounts for the last three years.
j) For bidders who are interested in supply and delivery of medical related items they must
[Type text] Page 10
authorization letters from drugs/equipment’s manufactures authorizing them to be their
agents, should attach certified copies of audited accounts for the last three tears(i.e.
2017,2016 and 2015)
k) For bidders who are interested in tender no. KABU/41/18-20 Provision of Fumigation and
Pest Control they must provide a valid certificate from pest management association of
Kenya, a valid license from pest control products board.
l) Must sequentially serialize all pages of the submitted document. Failure to which shall
lead to automatic disqualification.
m) Must provide ITA licenses to undertake air ticketing business
n) Must submit respective licenses/distributorship/ Manufacturer’s authorization where one
is an agent/ distributor of a product locally i.e. medical/pharmaceutical products.
General Requirements
KABARAK UNIVERSITY will examine all applications to determine completeness,
general orderliness, and sufficiency in responsiveness.
Pre-qualification will be based on meeting the minimum criteria.
The applicants must have registered offices and KABARAK UNIVERSITY reserves the
discretion of visiting physical premises from which the applicant conducts business if so
desired to confirm existence and capability to deliver the services.
KABARAK UNIVERSITY does not bind itself to assign services but shall endeavor to ensure
that Applicants are treated equitably when opportunities arise.
The applicant shall submit documents that are current and valid. All Documents
submitted as copies shall be certified as true copies of originals.
CONFIDENTIALITY Information relating to evaluation and recommendations concerning pre-qualification shall
not be disclosed to the applicants until the pre-qualified firms have been advised accordingly.
[Type text] Page 11
SECTION III - LETTER OF APPLICATION
Notes on letter of application
The letter of application will be prepared by the applicant and will follow the form
presented herein.
The letter of application will be prepared on the letterhead paper of the applicant or partner
responsible for a joint venture and will include full postal address, telephone numbers, fax
number and Email address.
The letter of application will be signed by duly authorized representatives of the applicant.
Any clause which does not apply to the applicant in the letter of application herein shall be
deleted by the applicant.
[Type text] Page 12
SECTION IV - STANDARD FORMS
PRE-QUALIFICATION SUBMISSION FORM
TO: VICE CHANCELLOR
KABARAK UNIVERSITY
Private bag-20157
KABARAK.
Dear Sir/Madam,
1. Having examined the Pre-qualification documents including Addenda Nos. ……….
The receipt of which is hereby duly acknowledged, we, the undersigned, do hereby
submit our Pre-qualification document.
2. Our submission is binding to us for 120 days and if found acceptable we shall be
pleased to be included in the list of pre-qualified firms.
3. We understand you are not bound to accept any submission you may receive.
Dated this day of 20
[Signature) (In the capacity of]
Duly authorized to sign on behalf of
Tel. No.
Personnel inquiries
Contact 1 Telephone 1
Contact 2 Telephone 2
Technical inquiries
Contact 1 Telephone 1
Contact 2 Telephone 2
2.1 DECLARATION FORM
I/We the undersigned state that the above information is correct and that I/We give
KABARAK UNIVERSITY, authority to seek any other references concerning my/our
company from whatever sources deemed relevant e.g. Company Registrar’s office,
bankers etc
[Type text] Page 13
Signed ………………………………………
For and on behalf of ……………………………………………………………………….
In the capacity of …………………………………………
Dated this...……………… day of ………………………………….20
Company’s rubber Stamp ……………………………………………………………….
[Type text] Page 14
2.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2(b) or
2(c) whichever applied to your type of business.
You are advised that it is a serious offence to give false information on this form.
Part 1 General Business
Name.....................................................................................................................................
Location of Business Premises (a MUST)………………........................................
Plot No, (a MUST)................................................................................
Street/Road (a MUST)................................................................................... Postal address (a MUST) ....................................................... ……..……
Tel No(s) (a MUST) ...…………………………………………………
Email (a MUST)......................................................................................
Nature of Business....................................................................................
Registration Certificate No……………...................................................
Maximum value of business which you can handle at any one time – Kshs………………
Name of your bankers...................................................................................................
Branch....................................................................................................................................
Note: (A MUST) is a requirement for every purpose of easy location and all
communications.
Part 2 (a) – Sole Proprietor Your name in full……………………….Age………………………………………….
Nationality……………………………Country of Origin……………………………..
Citizenship details
……………………………………………………..
Youth/Woman/Person with Disability
(indicate)……………………………………………….
Citizen Contractor (Indicate)……………………………………………………..
Part 2 (b) – Partnership
Given details of partners as follows Name Nationality Citizenship details Shares
1. …………………………………………………………………………………………
2. …………………………………………………………………………………………
3. …………………………………………………………………………………………
4. …………………………………………………………………………………………
Youth/Women/Persons with Disability
(indicate)………………………………………………. Citizen Contractors (Indicate)……………………………………………………..
Part 2 (c) – Registered Company
Private or Public State the nominal and issued capital of company
Nominal Kshs………………………………….
Issued Kshs…………………………………….
Given details of all directors as follows
[Type text] Page 15
Name Nationality Citizenship details Shares
1. …………………………………………………………………………………………
2. …………………………………………………………………………………………
3. …………………………………………………………………………………………
4. …………………………………………………………………………………………
Youth/Women/Persons with Disability
(indicate)……………………………………………….
Citizen Contractors (Indicate)……………………………………………………..
Date…………………………………….Signature of Candidate………………………..
Certification: I, the undersigned, certify that these data correctly describe me, my qualifications, and
my experience.
Date:
[Signature of staff member]
Date;
[Signature of authorized representative of the firm]
Full name of staff member:
Tel. No.
Full Name of authorized representative:
[Type text] Page 16
REFERENCES
Submit details of organizations where you have undertaken similar services in the
format given below at least three.
Category no:
Contact Information Details
1 Name of company
Name of contact person
Designation
Telephone number
e-mail address
2 Name of company
Name of contact person
Designation
Telephone number
e-mail address
3 Name of company
Name of contact person
Designation
Telephone number
e-mail address
Ensure you have provided reference letters for ALL the above organizations, duly
signed and stamped by the relevant officer and provide details of the assignments in
the format provided
The reference letter MUST be on the organization’s letter head and Stamped.
[Type text] Page 17
APPLICATION FORM (1)
GENERAL INFORMATION
1. Name of firm
2. Head office address
3. Telephone Contact
4. Fax E-mail
5. Place of
incorporation/registration
Year of incorporation/registration
Nationality of owners
Name Nationality
1.
2.
3.
4.
5.
[Type text] Page 18
TECHNICAL EVALUATION FORM – PREQUALIFICATION
The tenderer is expected to complete Part 1 and Part 3 of this form
PART 1: GENERAL INFORMATION
Tenderers Name :
……………………………………….................……………………………………….
Postal Address :
…………………………………………….................…………………………….
Telephone (Office) : …...……………………….Mobile …....……….........……
Email ..................................................................…..….
Physical Address :
………………………………...............………………………………………….
Part 2: Evaluation Stages
Stage 1: Mandatory Requirements
Applicants must qualify in all the below for them to proceed to the Evaluation Stage 2
Proper completion of tender/application documents (signed and stamped)
Applicant questionnaire
Confidential questionnaire
Sworn Statement
List of Reputable Clients
Name of Applicants Contact Person
Audited Accounts for the last three years
Copy of Current Trade License
Copy of PIN Certificate
Copy of Current VAT Registration or Exemption Letter from VAT Department
Certificate of Tax Compliance
Favorable Trade Conditions. Give written commitment clearly indicating the credit
and delivery period allowable.
Physical, postal, email address, telephone number and location
Previous supply effectiveness if dealt with KABU or strong recommendation from
your current clients. (Attach evidence)
Stage 2: Other Requirement
(The Technical Evaluation Team may wish to visit the physical premises of the renderer to
verify Information given above)
[Type text] Page 19
PART 3: Declaration (For the Tenderer Only)
The tenderer is expected to indicate whether he/she will/will not accept to be evaluated on
the above criteria)
Q: Will you accept your bid to be evaluated based on the above criteria and abide
by them during the entire period of the tender? (Tick appropriately below):
No Yes
Official Stamp ……………………………………….. Sign ………………………...
PART 4: PRICING
The tenderer is expected to indicate their current prices for Goods in their category (please
do provide a substantive list of current goods/products and their indicative prices).
For services please do indicate your general costing model.
FOR OFFICIAL USE ONLY
(The procurement officer will make comments below based on the findings about the
tenderer)
Total Marks Scored (in words)............................................................................................
REMARKS
………………………………………………………………………………….………….
………………………………………………………………………………………………
………………………………………………………………………………………………
Accept the Firm Reject the Firm
Sign …………………………………………….. Date …………………………….